The Project will be funded by 88% Local Road and 12% Measure J Return to Source (RTS) Funds.
The above project was previously approved by the Board of Supervisors, plans and specifications were filed with the Board, and bids were invited by the Public Works Director. On February 23, 2021 the Public Works Department received bids from the following contractors:
BIDDER, TOTAL AMOUNT, BOND AMOUNTS
McGuire and Hester: $421,850.05; Payment: $421,850.05; Performance: $421,850.05
GradeTech Inc., $423,563.50
Patterson Taber General Engineering, Inc., $453,027.40
Ghilotti Bros., Inc., $468,496.00
Redgwick Construction Co., $487,669.50
Kerex Engineering, Inc., $495,924.00
Granite Rock Company, $504,117.20
Maggiora & Ghilotti, Inc., $535,535.00
Bay Cities Paving & Grading, Inc., $553,615.00
W.R. Forde Associates, Inc., $592,697.00
The Public Works Director has reported that MCGUIRE AND HESTER documented an adequate good faith effort to comply with the requirements of the County’s Outreach Program and exceeded the Mandatory Subcontracting Minimum, and the Public Works Director recommends that the construction contract be awarded to MCGUIRE AND HESTER.
The Public Works Director recommends that the bid submitted by MCGUIRE AND HESTER is the lowest responsive and responsible bid, which is $1,713.45 less than the next lowest bid, and this Board concurs and so finds.
The Board of Supervisors previously determined that the project is exempt from the California Environmental Quality Act (CEQA) as a Class 1(c) Categorical Exemption, and a Notice of Determination was filed with the County Clerk on May 6, 2020.
The general prevailing rates of wages, which shall be the minimum rates paid on this project, have been filed with the Clerk of the Board, and copies will be made available to any party upon request.
Construction of the project would be delayed, and the project might not be built.